Skip to main content

An official website of the United States government

You have 2 new alerts

CNC Sinker Electronic Discharge Machine (EDM)

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • Updated Published Date: Mar 05, 2024 08:23 am EST
  • Original Published Date: Dec 20, 2023 04:07 pm EST
  • Updated Date Offers Due: Mar 11, 2024 09:00 am EDT
  • Original Date Offers Due: Jan 03, 2024 05:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Mar 26, 2024
  • Original Inactive Date: Jan 18, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 3410 - ELECTRICAL AND ULTRASONIC EROSION MACHINES
  • NAICS Code:
    • 333517 - Machine Tool Manufacturing
  • Place of Performance:

Description

Combined Synopsis/Solicitation

N68335-24-R-0060

CNC Sinker Electronic Discharge Machine (EDM)

Naval Air Warfare Center Aircraft Division Lakehurst, NJ

______________________________________________________________________

I. Description of Requirement

This procurement is for a CNC Sinker Electronic Discharge Machine (EDM) for the Machine Shop in the Prototype, Manufacturing, and Test Division (PMTD). Please see the attached SOW for the following:

  • Warranty
  • Vendor provided services
  • Inspection and Acceptance
  • Packaging, Preservation and Shipping

The resultant contract will be a firm-fixed-price contract.

II. Solicitation Instructions.  (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a Request for Proposal (RFP) in accordance with FAR Part 12 & FAR Subpart 13.5 under solicitation number N68335-24-R-0060. (iii) The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-01. (iv) This will be Small Business Set-Aside. (v) The associated North American Industrial Classification System (NAICS) code for this procurement is 333517 and the Product Service Code is 3410. (vi) The description of the requirements for the items to be acquired are provided in the description above.  (vii) See attached Statement of Work for Date(s) and place(s) of delivery and acceptance.  FOB point is destination.  Any applicable shipping costs shall be factored into the unit price(s) of each item. Do not include a separate line item for shipping charges.  (viii) FAR 52.212-1 Instructions to Offerors--Commercial Products and Commercial Services, is incorporated. (ix) FAR 52.212-2, Evaluation-Commercial Products and Commercial Services is incorporated. (x) This solicitation is open to small businesses.

(a)The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:

Award shall be made to the offeror whose quotation is deemed technically acceptable and is lowest price. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Description; and, 2) Price.

1. Technical Description: The Government will evaluate whether the quoter has included a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation, including the attached SOW. Quotations that do not include a technical description of the items being offered or do not include a technical description of the items being offered in sufficient detail to evaluation compliance with the requirements in the solicitation, including the attached SOW will not be considered for award.

2. Price: The Government will evaluate price for reasonableness.

(x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer or a statement that its Representations and Certifications was completed in the System for Award Management (SAM).

 (xi)  FAR 52.212-4, Contract Terms and Conditions - Commercial Items is incorporated. (xii)  FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders –Commercial Items is incorporated in this contract by full text; the following provisions apply: 52.222-50, Combating Trafficking in Persons (Mar 2015). (xiii)  Additional clauses and provisions and requirements:

FAR 52.204-7: System for Award Management

FAR 52.204-13: System for Award Management Maintenance

FAR 52.204-16: Commercial and Government Entity Code Maintenance

FAR 52.204-21: Basic Safeguarding of Covered Contractor Information Systems

FAR 52.204-24: Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment

FAR 52.204-27: Prohibition on a ByteDance Covered Application

FAR 52.219-6: Notice of Total Small Business Set-Aside

FAR 52.223-5: Pollution Prevention and Right-to-Know Information

FAR 52.225-18:  Place of Manufacture

FAR 52.225-25: Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation

FAR 52.227-1:  Authorization and Consent

FAR 52.227-2: Notice And Assistance Regarding Patent And Copyright Infringement and Certifications.

FAR 52.229-3: Federal, State And Local Taxes

FAR 52.232-39: Unenforceability of Unauthorized Obligations

FAR 52.232-40: Providing Accelerated Payments to Small Business Subcontractors

FAR 52.252-2: Clauses Incorporated By Reference

DFARS 252.203-7000: Requirements Relating to Compensation of Former DoD Officials

DFARS 252.203-7002: Requirement to Inform Employees of Whistleblower Rights

DFARS 252.203-7005: Representation Relating to Compensation of Former DoD Officials

DFARS 252.204-7003: Control Of Government Personnel Work Product

DFARS 252.204-7007: Alternate A, Annual Representations and Certifications

DFARS 252.204-7008: Compliance With Safeguarding Covered Defense Information Controls

DFARS 252.204-7009: Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information

DFARS 252.204-7016: Covered Defense Telecommunications Equipment or Services – Representation

DFARS 252.204-7017: Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services – Representation

DFARS 252.204-7018: Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services

DFARS 252.211-7003: Item Unique Identification and Valuation

DFARS 252.211-7008: Use of Government-Assigned Serial Numbers

DFARS 252.215-7013: Supplies and Services Provided by Nontraditional Defense Contractors

DFARS 252.217-7026: Identification of Sources of Supply

DFARS 252.223-7008: Prohibition of Hexavalent Chromium

DFARS 252.225-7001: Buy American And Balance Of Payments Program—Basic

DFARS 252.225-7002: Qualifying Country Sources As Subcontractors

DFARS 252.225-7007: Prohibition on Acquisition of Certain Items from Communist Chinese Military Companies

DFARS 252.225-7012: Preference For Certain Domestic Commodities

DFARS 252.225-7013: Duty-Free Entry—Basic

DFARS 252.225-7048: Export-Controlled Items

DFARS 252.226-7001: Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns

DFARS 252.232-7003: Electronic Submission of Payment Requests and Receiving Reports

DFARS 252.232-7006:  Wide Area Workflow Payment Instructions

DFARS 252.232-7010: Levies on Contract Payments

DFARS 252.243-7001: Pricing Of Contract Modifications

DFARS 252.244-7000: Subcontracts for Commercial Products or Commercial Services

Additional requirements: Quotes are due by 9:00am EST, 11 March 2024 to Jeff Chelston at jeffrey.m.chelston.civ@us.navy.mil . Please see attachments for the SOW. All proposals shall meet all requirements as outlined in the attached SOW and CLIN Structure. If an updated offer isn't received, the previously submitted offers won't be considered for award.  Proposals shall include price, be “FOB: Destination”, with inspection and acceptance at “destination.”  Hard copies of this Combined Synopsis/Solicitation and Amendments will NOT be mailed to the contractors.  The Government will accept only electronic proposals.

Contact Information

Contracting Office Address

  • LKE. JB MDL BLDG 271 HIGHWAY 547
  • JOINT BASE MDL , NJ 08733
  • USA

Primary Point of Contact

Secondary Point of Contact





History